Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2013 FBO #4234
SPECIAL NOTICE

J -- WIRELESS REMOTE CONTROL SYSTEM-STARBOARD CRANE-OKEANOS EXPLORER - STATEMENT OF WORK

Notice Date
6/26/2013
 
Notice Type
Special Notice
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510, United States
 
ZIP Code
23510
 
Solicitation Number
EA133M-13-RQ-0496
 
Archive Date
7/26/2013
 
Point of Contact
CARRIE L. PERRY, Phone: 757-441-6464, Kolby Harold, Phone: 757-441-6577
 
E-Mail Address
CARRIE.L.PERRY@NOAA.GOV, Kolby.Harold@noaa.gov
(CARRIE.L.PERRY@NOAA.GOV, Kolby.Harold@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
SOLE SOURCE JUSTIFICATION STATEMENT OF WORK The US Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Simplified Acquisition Team intends to negotiate on a sole source basis with Rapp Hydra Pro, LLC using the procedures in FAR Parts 6 and 13, to install a wireless remote control system on the starboard crane aboard NOAA ship Okeanos Explorer. Rapp Hydra Pro, LLC certifies that they are the sole manufacturer of the starboard crane for Hydra-Pro model HP46-18KE. Additionally, Rapp Hydra Pro, LLC has the ability upon completion of the installation, to fully warranty the control system on the crane, as the original manufacturer. The statutory authority for other than full and open competition is 41 USC 253(c)(1) as implemented by FAR 6.302-1, Only one responsible source. The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations, FAR 52.212-1, Instructions to Offerors - Commercial, FAR 52.212-3, Offeror Representations and Certificates - Commercial Item, FAR 52.212-4, Contract Terms and Conditions - Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-18, Encouraging Contractor Policies to Ban Text Messaging while Driving, FAR 52.232-33, Payment be Electronic Funds Transfer-Central Contractor Registration, FAR 52.252-2, Clauses Incorporated by Reference, CAM 1352.201-70 Contracting Officer Authority, CAM 1352.209-73, Compliance with the Laws, CAM 1352.209-74, Organizational Conflict of Interest, CAM 1352.246-70, Place of Acceptance, CAM 1352.271-73, Schedule of Work, CAM 1352.271-75, Delivery and shifting of the vessel, CAM 1352.271-76, Performance, CAM 1352.271-77, Delays, CAM 1352.271-79, Liability and Insurance, CAM 1352.271-80, Title, CAM 1352.271-81, Discharge of Liens, CAM 1352.271-82, Department of Labor Occupational Safety and Health Standards for ship repair CAM 1352.271-83, Government review, comment, Acceptance and approval, CAM 1352.271-84, Access to the vessel, CAM 1352.271-85, Documentation for requests for equitable adjustment, CAM 1352.271-87, Changes - ship repair, CAM 1352.271-72, Additional Item Requirements - Growth Work The North American Industry Classification Code (NAICS) for this acquisition is 333923 with a business size standard of 500 employees. This is not a solicitation for competitive quotes. However, if any other interested party believes that it can meet the requirements, it may submit a statement of capabilities, which if timely received, will be considered by NOAA. A statement of capabilities must be received by 11:00am, July 11, 2013 will be considered by the Government. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. Evidence must be provided of ability to provide the required services. The capability statement and any other information furnished must be in writing, and must contain material in sufficient detail to allow NOAA to determine if the party can meet all of the foregoing requirements. Capability statements and related materials must be e-mailed to Carrie.L.Perry@noaa.gov by 11:00am, July 11, 2013. Award will be made using FAR 13, Simplified acquisition procedures, current through FAC 2005-61.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/EA133M-13-RQ-0496/listing.html)
 
Place of Performance
Address: NORTH KINGSTOWN, Rhode Island, United States
 
Record
SN03100426-W 20130628/130626235328-312c026da0b8b482c937919031a31a02 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.